Contract notice

Information

Published

Date of dispatch of this notice: 15/02/2019

Expire date: 25/03/2019

External Reference: 2019-274377

TED Reference: 2019/S 036-081325

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Culture, Recreation & Economic Services
Floor 4, 3 Palace Street, Dublin 2
IE
Contact person: Don Daly
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=140874&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single-Party Framework Agreement for Architect Led Integrated Design Team Services for the Redevelopment of Dalymount Park
Reference number:  145057
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council is seeking an Architect Led Integrated Design Team for the Redevelopment of Dalymount Park.
The design team will comprise the following principle disciplines:
(a) Architect Services including stadia design (incl. design team lead, fire safety design services, disability access design services, employer’s representative for the Works Contract, design certifier and assigned certifier services as defined under the Building Control (Amendment) Regulations 2014).
(b) Civil & Structural Engineering Services,
(c) Quantity Surveying Services/Cost Consultancy Services,
(d) Mechanical and Electrical Engineering Services.
It is envisaged that the top 5 scoring Applicants will be invited to tender.
The period of the framework agreement will be 5 years.
Please see the tender documents for full details - available on www.etenders.gov.ie (RFT ID : 145057)
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71300000  -  Engineering services
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
71500000  -  Construction-related services
II.2.4)

Description of the procurement

Dublin City Council is seeking to establish a Single-Party Framework Agreement for Architect Led Integrated Design Team Services for the Redevelopment of Dalymount Park.
The design team will comprise the following principle disciplines:
(a) Architect Services including stadia design (incl. design team lead, fire safety design services, disability access design services, employer’s representative for the Works Contract, design certifier and assigned certifier services as defined under the Building Control (Amendment) Regulations 2014).
(b) Civil & Structural Engineering Services,
(c) Quantity Surveying Services/Cost Consultancy Services,
(d) Mechanical and Electrical Engineering Services.
The architectural services consultant will be the design team lead and will act as the single point of contractual responsibility, with the remaining key disciplines providing collateral warranties for the benefit of the Contracting Authority.
It is envisaged that the top 5 scoring Applicants (subject to the quality and number of Suitability Assessment Questionnaires (SAQs) received) which also meet the minimum criteria and rules for selection will be invited to tender.
The period of the framework agreement will be five (5) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond the date of expiry of the framework agreement.
Please see the attached documents for full details.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see tender documents available to download from www.etenders.gov.ie RFT ID: 145057

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Due to the estimated construction programme duration for the Dalymount Park works it is anticipated that additional services may be required of the original service provider and where a change of service provider would not be possible or cannot be made for economic or technical reasons which may arise and which would cause significant inconvenience or substantial duplication of cost for DCC.
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/03/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 11/04/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
5. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. Emailed/faxed/late tenders will not be accepted.
7. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download and install the ‘Upload Manager ActiveX’ facility to your eTenders user profile.
• When using the ‘Upload Manager’ facility do not use the ‘Schedule’ option.
• Instead, use only the ‘Upload’ option, which will enable monitoring of the upload.
• Suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload.
• There is a maximum upload limit of 2GB per document. Documents larger than this should be divided into smaller files prior to upload.
• Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID: 145057 as a specific question. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response.
All queries must be submitted before 8th March, 2019 @ 12 noon to enable issue of responses to all interested parties.
12. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor